Health and Safety Consultancy Services London
The specific requirements for this procurement contract are for the provision of a comprehensive health and safety auditing, advisory and training service.
United Kingdom-London: Health and safety consultancy services
2015/S 103-187503
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Brompton and Harefield NHS Foundation Trust
Sydney St
Contact point(s): https://www.lppsourcing.org
SW3 6NP London
UNITED KINGDOM
E-mail: s.andreoli@rbht.nhs.uk
Internet address(es):
General address of the contracting authority: https://www.lppsourcing.org
Address of the buyer profile: https://www.lppsourcing.org
Electronic access to information: https://www.lppsourcing.org
Electronic submission of tenders and requests to participate: https://www.lppsourcing.org
Further information can be obtained from: Royal Brompton and Harefield NHS Foundation Trust
Sydney St
Contact point(s): https://www.lppsourcing.org
SW3 6NP London
UNITED KINGDOM
E-mail: s.andreoli@rbht.nhs.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Royal Brompton and Harefield NHS Foundation Trust
Sydney St
Contact point(s): https://www.lppsourcing.org
SW3 6NP London
UNITED KINGDOM
E-mail: s.andreoli@rbht.nhs.uk
Tenders or requests to participate must be sent to: Royal Brompton and Harefield NHS Foundation Trust
Sydney St
Contact point(s): https://www.lppsourcing.org
SW3 6NP London
UNITED KINGDOM
E-mail: s.andreoli@rbht.nhs.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71317210
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Refer to specification.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36 months.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Brompton and Harefield NHS Foundation Trust
Sydney Street
SW3 6NP London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: